Sources Sought- United States Naval Academy - Aruba Wireless Communication System
ID: N00161USNAARUBAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
  1. 1
    Posted Dec 12, 2023 3:09 PM
  2. 2
    Updated Dec 12, 2023 3:09 PM
  3. 3
    Due Dec 18, 2023 4:00 PM
Description

Sources Sought- DEPT OF DEFENSE DEPT OF THE NAVY

The United States Naval Academy is seeking qualified and experienced sources for a contract to provide Aruba Brand Name Wireless Products. This procurement is for an Aruba Wireless Communication System, which is typically used for wireless communication and networking purposes. The anticipated delivery date for this requirement is 01 February 2024. Interested parties must be authorized Aruba distributors to be considered capable. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. The NAICS Code for this requirement is 541519- Other Computer Related Services and the Size Standard is $34.0 Million. Responses to this Sources Sought request should include company information, size of business, estimated Rough Order of Magnitude (ROM), SAM registration, capability statement, past performance information, and any other supporting documentation. The deadline for submission is Monday 18 December 2023, 11:00 AM EST.

Point(s) of Contact
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Similar Opportunities
Command Guest Wifi
Active
Dept Of Defense
The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, seeks a contract to establish robust internet connectivity on its main campus. This solicitation is a Total Small Business Set-Aside, aimed at providing a stable 1GB connection for guest Wi-Fi. The scope of work requires the vendor to provide switched Ethernet services, enabling network connectivity for visitors and DoD partners, while the government manages network routing. The contract includes technical support and ensures continuous operation. The vendor must deliver five routable IP addresses and critical information for efficient traffic routing. The work is to be performed at Building 1524 in Port Hueneme, California, with an expected start date of August 2024. The eligibility criteria require the contractor to be a small business as defined by the SBA regulations. Additionally, the contractor must be capable of providing the necessary switched Ethernet services and have the expertise to maintain network stability. Funding for the base year is estimated at $64,000. The contract type is firm-fixed-price, with the potential for four option years. Applications must be submitted electronically in PDF format and include the required administrative information, pricing details, and confirmation of VETS-4212 Report submission. The deadline for applications is August 9, 2024, at 3:00 PM PST. The selection will be based on a combination of pricing, technical capability, and past performance evaluations. For clarification or questions, interested parties can contact Demi DeGarmo at demi.g.degarmo.civ@us.navy.mil or Arthur P Wynn at arthur.p.wynn3.civ@us.navy.mil.
66--COMPUTER SYSTEM,SPE
Active
Dept Of Defense
The U.S. Navy's Department of Defense seeks to award a sole-source contract for specialized computer systems. The nature of the requirement means that only approved sources will be considered. This contract relates to the supply of navigational instruments, with strict source approval requirements. The successful awardee will need to provide the Navy with accurate and legible data, as well as the information detailed in the NAVSUP WSS Source Approval Brochure. Key contract quality requirements, delivery timelines, and value engineering considerations are outlined in the solicitation document. The contract has a strong focus on ensuring compliance with representations and certifications, including annual representations. The primary contact for this opportunity is Lauren Phillips, whose email address is provided in the solicitation document. Offers must be submitted in accordance with the guidelines detailed therein. Please note that this opportunity has no set-aside descriptions, and the place of performance is to be determined.
APE 1553 Cards & Adapter Cables
Active
Dept Of Defense
The Naval Air Warfare Center intends to contract AIM-USA LLC for specialized electronic manufacturing and telecom hardware. The sole-source procurement involves purchasing APE 1553 Cards (5 units) and Adapter Cables (10 units) through authorized distributors. The solicitation will be posted on the Contract Opportunities website by approximately July 26, 2024, and interested parties should respond to Yvonne Stockwell via email. All applicants must be registered in the System for Award Management database and certified by the Defense Logistics Information Service to access Controlled Unclassified Information. The Navy seeks to award the contract to an authorized distributor, with competitions being held among these distributors. Manufacturers aiming to sell their products through these distributors are also encouraged to respond. The department requires that all successful applicants be registered and certified per the stated deadlines. For more information, contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or Faith L LaGore at faith.l.lagore.civ@us.navy.mil.
Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS)
Active
Dept Of Defense
Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS) The Department of Defense, specifically the Department of the Army, is seeking sources to provide supplies and services for the AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS). This procurement is for spares, repairs, and engineering services over a period of five years for the Satellite Communication AN/URC-145A(V)1, also known as JTT-IBS. The JTT-IBS is a satellite communication system used by the U.S. Government. It is a receiver-transmitter that amplifies radio frequency and includes mounting trays, chassis, communications security modules, and circuit card assemblies. The purpose of this procurement is to sustain the JTT-IBS by procuring spares for the inventory of the Standard Army Retail Supply System (SARSS). The services include repair/return of repairable items, engineering studies, execution of Engineering Change Proposals, and support for obsolescence parts and host platforms/users. Interested contractors should indicate their interest and provide relevant information or documentation to demonstrate their capability to meet the requirements. This includes identifying the contractor as a large or small business, providing production and/or repair data for the identified National Stock Numbers (NSNs), demonstrating availability of production and/or repair facilities and resources, and providing current quality standard certification. Contractors should also provide a capability statement with detailed technical, logistical, and managerial data. The location of the production/repair facility should be specified, and the proposed lead time from contract award to production of spares and repair of JTT-IBS items should be indicated. Responses to this announcement must be unclassified and should be submitted via email to the designated Point of Contacts (POCs) by July 30, 2024. Please note that this announcement is for planning purposes only and does not constitute a commitment by the government to acquire any products or services. Interested parties will not be entitled to payment for costs incurred in developing a response.
Battlefield Airborne Communications Node (BACN)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE: Battlefield Airborne Communications Node (BACN) The Department of Defense, specifically the Department of the Air Force, has issued a Sources Sought notice for the Battlefield Airborne Communications Node (BACN). This notice is part of the market research for a potential follow-on contract for the Operations, Sustainment, and Support program of the BACN. The BACN program currently consists of two primary contracts: the BACN Operations and Sustainment and Support (BOSS) Indefinite Delivery Indefinite Quantity (IDIQ) contract and the BACN Platform Maintenance contract. The BOSS contract, awarded to Northrop Grumman Missions Systems (NGMS), provides support for fielded BACN payloads, including operations, maintenance, and sustainment in operating locations outside the continental United States (OCONUS). The current contract ends in January 2026. The Air Force Life Cycle Management Center (AFLCMC/HNAB) is seeking information from contractors specializing in systems that facilitate tactical edge information exchange. The BACN system addresses communication issues associated with incompatible systems, adverse terrain, and distance. It operates as a multi-faceted gateway communications system, facilitating the transport of data and voice across the battle space and enabling network connectivity among various command and control entities. Interested contractors must be U.S. companies with an active US CAGE Code and possess a Secret facility clearance. The submission deadline for capabilities documentation is 29 July 2024. Please note that this notice is for informational purposes only and does not guarantee a contract award. The information received will be used for market research and acquisition planning purposes. Attachments: 1. Contractor Registration and Disclaimer Form 2. Air Force Non-Disclosure Agreement (NDA) 3. Statement of Objective (SOO) dated 21 March 2024 4. System Requirements Document (SRD) dated 01 January 2024